Search Contract Opportunities

Synopsis for US Navy 8M and 11 M Rigid Inflatable Boat (RIB) and U.S.C.G. Special Purpose Craft Law Enforcement II   5

ID: N0002421R2205 • Type: Presolicitation

Description

This is a synopsis for a procurement of an estimated quantity of one hundred and ten Rigid Inflatable Boats (RIBs) (8M USN SSC RIB, USN 11M SSC RIB, USCG SP-LE II 11M RIB) over the next five (5) years under a Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ). Award will be made to a single Offeror who represents the Lowest Price Technically Acceptable offer. The RIBs will be built to commercial standards and practices using Government specified requirements. The boats will be procured using a small business set-aside in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items under

NAICS code 336612.

Background:

The 8m variant and 11m variant NSW SSC boats operate from inshore littorals to blue water, over the horizon locations, in and up to moderate sea states (NSW) in widely diverse climatic conditions (tropical to arctic). They provide over-watch and coverage for diverse NSW waterborne operations, such as: transit for at sea personnel, water parachute jump, diving, surface swimmer support, medical evacuation and command, control, communications, computers, and intelligence duties. The SSCs also provide support for all NSW garrison locations and allow NSW to certify units for deployment in support of Navy and COMNAVSPECWARCOM requirements.

The USCG will use the 11m SSC variant to conduct counter-smuggling, search and rescue (SAR), recreational boating safety (RBS), and ports and waterways coastal security (PWCS) missions and will operate in higher sea states than the USN variants.

All boat variants are desired to provide comparable to enhanced performance of current capabilities while focusing on commonality to maintain reduction in Total Ownership Costs (TOC).

The NSW SSC requires two configuration variants of the 8m and 11m, Open Center Console (Open) and Enclosed Cabin (Cabin), to support mission needs.

The USCG requires the 11m Open Center Console (Open) variant to support mission needs.

Additional Information:

This pre-solicitation synopsis is for planning purposes only and shall not be construed as an invitation for bid, request for quotation, RFP, or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor responses to this announcement. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. Please note, that all Industry responses and questions received for this Synopsis will be treated as public information and may be released on BetaSAM.gov.

The Government will consider all comments received on this pre-solicitation synopsis. The Government does not commit to providing a response to any comment or question. The subsequent revision to any Request For Proposal-related documents based on comments received remains solely at the Government's discretion. No comments, questions, or inquiries shall be made to any Government person other than the points of contact identified in this synopsis. No telephone inquiries will be accepted.

The RFP, to include the final Statement of Work and Specification and related files listed under solicitation number N00024-21-R-2205, will be issued electronically. Please continue to check BetaSAM for issuance of the final RFP and related documents by accessing the following internet address: http://www.betasam.gov.

Overview

Response Deadline
May 3, 2021, 1:00 p.m. EDT Past Due
Posted
March 4, 2021, 2:41 p.m. EST (updated: March 18, 2021, 8:43 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Odds of Award
65%
Vehicle Type
Indefinite Delivery Contract
On 3/4/21 Naval Sea Systems Command issued Presolicitation N0002421R2205 for Synopsis for US Navy 8M and 11 M Rigid Inflatable Boat (RIB) and U.S.C.G. Special Purpose Craft Law Enforcement II due 5/3/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 336612 (SBA Size Standard 1000 Employees) and PSC 1940.
Primary Contact
Name
Heather Glovinsky   Profile
Phone
None

Secondary Contact

Name
Roxie Thomas   Profile
Phone
None

Documents

Posted documents for Presolicitation N0002421R2205

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation N0002421R2205

Award Notifications

Agency published notification of awards for Presolicitation N0002421R2205

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation N0002421R2205

Contract Awards

Prime contracts awarded through Presolicitation N0002421R2205

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N0002421R2205

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N0002421R2205

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA HQ > NAVSEA HQ
FPDS Organization Code
1700-N00024
Source Organization Code
100076491
Last Updated
May 18, 2021
Last Updated By
heather.e.glovinsky@navy.mil
Archive Date
May 18, 2021